USS PREBLE (DDG 88) 6C1 Selected Restricted Availability (SRA) (Yokosuka, Japan)
ID: N6264925RR021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR YOKOSUKAFPO, AP, 96349-1500, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the maintenance and repair of the USS PREBLE (DDG 88) during its Selected Restricted Availability (SRA) in Yokosuka, Japan. The contract encompasses a comprehensive package of work items, including cleaning, inspecting, and repairing various components of the vessel, with a performance period scheduled from October 6, 2025, to February 10, 2026. This procurement is critical for ensuring the operational readiness and maintenance of naval assets, contributing to national defense capabilities. Interested contractors must submit their proposals by April 18, 2025, at 10:00 AM Japan Standard Time, and can request access to detailed work specifications via DoD SAFE by contacting Neil Flint or Ai Gillard at the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for maintenance work on the USS Preble (DDG-88) as part of FY26's 6C1 SRA (Ship Repair Availability). This Request for Proposal (RFP) includes detailed data on labor, material, and other costs associated with over 43 technical work items (TGIs) required for the vessel’s upkeep. Individual tasks such as cleaning, inspecting, repairing, and preserving various voids and tanks are specified, though all proposed costs for labor, materials, and other direct costs (ODCs) are noted as zero, indicating potential for initial budgeting or placeholder entries. The document emphasizes that offerors need to input relevant data for accurate assessment and total computation, aligning with federal guidelines for government contracts. A critical focus is on the structure and organization of the proposal, requiring careful detailing of in-house and subcontractor labor, along with breakdowns for specific work items. This submission reflects the government’s initiative to ensure thorough maintenance and readiness of naval assets, thus contributing to national defense capabilities. Overall, it demonstrates a systematic approach to government contracting within the maritime sector, underscoring the need for compliance and precision in project costing.
    This document outlines a solicitation related to Government Furnished Property (GFP) as part of a contracting process overseen by the U.S. Navy. It features a solicitation number (N62649R021), an attachment indicating details regarding GFP, and contact information for the government contracting officer, Ai Gillard. Key elements include the requirement for bidders to furnish specific item details, such as description, quantity, unit measure, and acquisition cost, for both non-serially and serially managed requisitions. Emphasis is placed on compliance with mandatory fields, ensuring thorough documentation for effective procurement operations. This solicitation is crucial for facilitating the acquisition of necessary items while adhering to government policies and procedural regulations in managing federal contracts.
    The document is a Request for Information (RFI) associated with RFP Number N6264925RR021, indicating a solicitation from the government for contractor input or feedback. It is structured to allow contractors to submit questions related to the RFP, while reserving space for government response and review details. Specifically, it includes designated areas for technical reviewers to record their insights on the RFI’s inquiries, including any specifications, drawings, or material changes pertaining to the request. This document is essential for potential contractors seeking clarification on project requirements and facilitates an organized dialogue between contractors and the government, ensuring that proposals align with government expectations and compliance standards. Overall, the RFI serves as a formal mechanism for contractor engagement in the federal procurement process.
    The document presents a Contract Data Sheet, outlining a federal contract's performance and compliance status. It includes sections for details such as the contractor's name, contract number, completion date, type, item/service description, and customer information. The performance information section features a series of yes/no questions assessing the adherence to contract timelines, compliance with specifications, and the necessity for rework or modifications. Additional inquiries address the contract’s status regarding terminations, litigations, or quality awards received in the past three years, alongside a request for any corrective actions taken to resolve deficiencies. Information requiring detailed explanations is marked with an asterisk, necessitating additional narrative input. The overall objective of this sheet is to evaluate the effectiveness and compliance of contracted services or supplies in relation to federal RFPs and grants, ensuring accountability and performance standards are met.
    The solicitation document outlines a Request for Proposal (RFP) for ship repair and maintenance services for the USS Preble (DDG 88) at the US Naval Ship Repair Facility in Yokosuka, Japan. The contract's anticipated period of performance is from October 6, 2025, to February 10, 2026, with all offers due by April 18, 2025, at 10:00 AM JST. The document requires contractors to possess an existing Master Agreement for Repair and Alteration of Vessels (MARAV) to be eligible for award, unless the Navy can assess a new application within the required timeline. The contractor responsibilities encompass the management, scheduling, testing, and quality assurance related to a seemingly extensive list of repair tasks enumerated in the attachments. Access to detailed work specifications is restricted to contractors who request approval through DoD SAFE. Additionally, stringent safety regulations regarding crane operations, quality assurance processes, and conditions regarding government-furnished materials are detailed throughout. The document emphasizes compliance with NAVSEA standards, highlights the importance of inspections and performance assessments, and establishes guidelines for contractor security and access in line with Department of Defense policies.
    Similar Opportunities
    USS DEWEY (DDG-105) FY25 Surface Incremental Availability
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the FY25 Surface Incremental Availability of the USS Dewey (DDG-105), focusing on essential ship repair and alteration services. The procurement includes modifications to the 02 and 03 Level Weather Bolted Equipment Removal Plate (BERP) and the replacement of the nonskid system on specific weather frames, with work scheduled to commence on May 6, 2025, and conclude by July 22, 2025. These services are critical for maintaining the operational readiness and safety of the vessel, ensuring compliance with military standards and protocols. Interested contractors must possess a Master Agreement for Repair and Alteration of Vessels (MARAV) and submit their bids by April 2, 2025; for further inquiries, they can contact Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil or by phone at 814-681-67623.
    USS DEWEY (DDG 105) FY25 SIA 5J1 Bundle 3 (Yokosuka, Japan)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for repair and maintenance services for the USS DEWEY (DDG-105) at Yokosuka Naval Base, Japan. The procurement encompasses a comprehensive package of work items, including deck covering replacements and other essential repairs, with a performance period scheduled from May 26, 2025, to August 4, 2025. This opportunity is critical for maintaining naval operational readiness and compliance with military standards, and it is open only to contractors authorized to operate in Japan. Interested parties must submit their offers by April 14, 2025, at 10:00 AM Japan Standard Time, and can direct inquiries to Kumi Matsumoto or Ai Gillard via the provided contact information.
    USS DEWEY Repair and Maintenance 5J1 SIA
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and maintenance of the USS DEWEY at the NAVSUP Fleet Logistics Center in Yokosuka, Japan. This opportunity involves shipbuilding and repairing services, specifically under the NAICS code 336611, and is categorized as non-nuclear ship repair. The successful contractor will play a crucial role in ensuring the operational readiness and maintenance of naval vessels, which is vital for national defense. Interested parties can reach out to Contract Specialist Shouko Sekido at shouko.sekido.ln@us.navy.mil or by phone at 0081468167607 for further details regarding the solicitation process.
    Maintenance work for PSNS Barge YR-85
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for maintenance work on the PSNS Barge YR-85, with a performance period scheduled from June 3 to September 30, 2025. Contractors are required to possess a valid Master Agreement for Repair and Alteration of Vessels (MARAV) and must adhere to specified technical and quality control standards, including the management of government-furnished materials and compliance with safety protocols. This maintenance project is crucial for ensuring the operational readiness of naval assets, and interested contractors must submit their proposals by April 14, 2025, at 10:00 a.m. Japan Standard Time. For further inquiries, potential bidders can contact Ryo Maruyama at ryo.maruyama.ln@us.navy.mil or Junko Nishio at junko.nishio3.ln@us.navy.mil.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) for the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, which is crucial for maintaining the operational readiness and longevity of naval vessels. Interested contractors should note that the primary point of contact for this opportunity is Courtney Schlusser, who can be reached at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, with a secondary contact available in Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763. Further details regarding the solicitation process and deadlines will be provided in the official announcement.
    LPAC REPAIR/OVERHAUL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and overhaul of the No. 4 Low Pressure Air Compressor (LPAC) at the U.S. Navy's Ship Repair Facility and Japan Regional Maintenance Center (SRF/JRMC) in Sasebo, Japan. This procurement involves a firm-fixed price contract for comprehensive non-nuclear ship repair services, including labor and materials, in accordance with specific technical specifications and safety regulations. The successful contractor will be responsible for adhering to OSHA regulations and environmental considerations while coordinating closely with government representatives to ensure compliance and operational efficiency. Proposals must be submitted electronically via BETA.SAM.GOV by March 17, 2025, and interested parties should direct any inquiries to Jeremy Wells at jeremy.a.wells.civ@us.navy.mil or by phone at 602-900-6995.
    PRE-SOLICITATION for USS FORREST SHERMAN ([DDG 98]) FY26 DMP
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is preparing to solicit bids for the USS FORREST SHERMAN (DDG 98) FY26 Dry Dock Maintenance Period (DMP). This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair as outlined under NAICS code 336611 and PSC code J998. The maintenance and repair of naval vessels are critical for ensuring operational readiness and extending the lifespan of the fleet. Interested contractors can reach out to Jacqueline Black at jacqueline.black@navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil for further details, with the opportunity expected to be formally announced soon.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is soliciting proposals for the inspection and repair of a propulsor "PC.1A" and "Leading Edge Ring" on a Virginia-class submarine. This procurement aims to secure a firm-fixed price contract for essential repair services, with a performance period tentatively scheduled from April 17 to May 31, 2025. The opportunity is critical for maintaining the operational readiness of naval vessels, ensuring compliance with safety and security protocols throughout the repair process. Proposals are due by March 19, 2025, at 0900 HST, and interested parties must submit their offers electronically to the designated contacts, Christine Aledo and Deanna Yoshida, at the provided email addresses.
    USS LEWIS B. PULLER (ESB-3) FY25 Voyage Repair
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the Voyage Repair Availability (VRA) of the USS Lewis B. Puller (ESB-3) at a contractor's facility in Taranto, Italy, scheduled from April 30 to May 23, 2025. The procurement involves comprehensive repair and maintenance tasks as outlined by the Military Sealift Command (MSC) and the Forward Deployed Regional Maintenance Center (FDRMC), including management, procurement, production, and quality assurance to ensure the vessel's operational readiness. This contract is critical for maintaining the Navy's fleet capabilities and compliance with stringent quality and safety standards. Interested contractors must submit their proposals electronically by March 5, 2025, and can contact Gary Eaton at gary.a.eaton6.civ@us.navy.mil or Yarinee Tafur at yarinee.tafur.civ@us.navy.mil for further information.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 ROH vessel. The contract requires comprehensive docking and maintenance services, including hull maintenance, structural repairs, and system inspections, all to be performed in compliance with maritime industry standards and federal regulations. This procurement is crucial for ensuring the operational readiness of the vessel, which plays a significant role in naval operations. Interested small businesses must submit their proposals by March 17, 2025, with the contract period of performance scheduled from June 16, 2025, to October 10, 2025. For further inquiries, potential contractors can contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil.